Contract notice

Information

Published

Expire date: 01/12/2021

External Reference: 2021-584062

FTS Reference: 2021-027303

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Royal Cornwall Hospitals NHS Trust
Treliske
Truro
TR1 3LJ
UK
Contact person: Paul Laing
Telephone: +44 7771820955
NUTS code:  UKK30 -  Cornwall and Isles of Scilly
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=39978&B=NHSSW
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Health

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

MEDICAL MAINTENANCE FRAMEWORK FOR CLINICAL IMAGING EQUIPMENT
Reference number:  NHS1408
II.1.2)

Main CPV code

50000000  -  Repair and maintenance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Royal Cornwall Hospitals NHS Trust is renewing their 4 year Medical Maintenance Framework for their Clinical Imaging Equipment.
II.1.5)

Estimated total value

Value excluding VAT: 4000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

50400000  -  Repair and maintenance services of medical and precision equipment
50420000  -  Repair and maintenance services of medical and surgical equipment
50421000  -  Repair and maintenance services of medical equipment
50421200  -  Repair and maintenance services of X-ray equipment
50410000  -  Repair and maintenance services of measuring, testing and checking apparatus
II.2.3)

Place of performance

NUTS code:  UKK30 -  Cornwall and Isles of Scilly
II.2.4)

Description of the procurement

The Royal Cornwall Hospitals NHS Trust is renewing their 4 year Medical Maintenance Framework for their Clinical Imaging equipment.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 4000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  See Selection Questionnaire.
The Trust Reserves The Right To Require Deposits, Parent Company Guarantees Or Other Forms Of Security.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
See Selection Questionnaire.
Appropriate statements from bankers.
Presentation of the undertaking’s balance sheets or extracts from balance sheets.
Statements of the firm’s overall turnover and the turnover in respect of the goods to which the contract relates for the three previous financial years.
List of the principal deliveries effected in the past three years, with the sums, dates and recipients, public or private, involved.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
See Selection Questionnaire.
Description of the undertaking’s technical facilities, its measures for ensuring quality and its study and research facilities.
Indication of the technicians or technical bodies involved, whether or not belonging directly to the undertaking, especially those responsible for quality control.
Samples, description and/or photographs of the products to be supplied.
Certificates drawn up by official quality control institutes or agencies.
Indication of arrangements for quality checks on the supplier’s premises.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

See Selection Questionnaire and Tender documents.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  8
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  01/12/2021
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 10/12/2021
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
48 months.
VI.2)

Information about electronic workflows

Electronic ordering will be used
VI.3)

Additional information

The Selection Questionnaire must be completed by the deadline and submitted via the e-tendering portal to be included within the process. This tender is being conducted using electronic means using the Internet. Companies should register their interest and respond to the contract notice using the link to the e-tendering portal https://uk.eu-supply.com
Potential suppliers are required to click on the current opportunities button on the e-tendering site to view details of this procurement and then use the online registration link to enter their company details. Within the form to register company details, there is a “Test” button to verify the identified e-mail address. It is strongly recommended that this is used, to ensure validity and effectiveness of the link registered for messages to/from the e-tendering site.
Once the registration screen has been completed and an e-mail confirming successful registration of the company has been received from CTM, suppliers can continue to follow the on screen prompts to register an expression of interest in any particular tender. Details of the process to be followed are also available in ‘A Suppliers First Step Guide’ from the CTM login page. The guide will explain some of the requirements and procedures involved when responding to a tender. For more detailed information there is a second document ‘Suppliers User Guide’ that can be found on the CTM home page.
VI.4)

Procedures for review

VI.4.1)

Review body

Royal Cornwall Hospitals NHS Trust
Treliske
Truro
TR1 3LJ
UK